The Center for Health Care Services

Size: px
Start display at page:

Download "The Center for Health Care Services"

Transcription

1 The Center for Health Care Services Request for Proposal Security & Fire Alarm Services Project# April of 22

2 THE CENTER FOR HEALTH CARE SERVICES Security & Fire Alarm Services Request for Proposal ( RFP ) Project # TABLE OF CONTENTS 1.0 TABLE OF CONTENTS 2.0 PURPOSE 3.0 BACKGROUND 4.0 TIMELINE 5.0 PERIOD OF PERFORMANCE 6.0 PROPOSAL SUBMITTAL 7.0 GENERAL REQUIREMENTS FOR PROPOSALS 8.0 REQUIRED FORMAT OF PROPOSALS 9.0 EVALUATION CRITERIA 10.0 EVALUATION PROCESS 11.0 INTERPRETATION OF RFP 12.0 CONTRACTUAL DEVELOPMENT 13.0 CANCELLATION OF PROCUREMENT PROCESS 14.0 CONFIDENTIALITY AND PROPRIETARY INFORMATION EXHIBIT A SCOPE OF SERVICES EXHIBIT B COMPANY PROFILE EXHIBIT C COST PROPOSAL EXHIBIT D ASSURANCES EXHIBIT E EVALUATION WORKSHEET 2.0 PURPOSE The Center for Health Care Services ( CENTER ) is seeking Proposals for Security & Fire Alarm Services. For specifications, see EXHIBIT A, SCOPE OF SERVICES. Vendors interested in submitting a Proposal should pay particular attention to all Instructions, Requirements, and Deadlines indicated in this RFP document and should respond accordingly. Please note that a mandatory two-day pre-bid facilities tour has been scheduled for April 14 & 15, Vendors who do not attend these mandatory tours will not be allowed to submit a Proposal. 3.0 BACKGROUND The Bexar County Board of Trustees for Mental Health Mental Retardation Services d/b/a The Center for Health Care Services is a employee, multi-facility community mental health and mental retardation center created under the authority of Section of the Texas Health and Safety Code by its sponsoring agencies Bexar County and the Bexar County Hospital District d/b/a the University Health System. The CENTER has been providing services to Bexar County residents experiencing mental health, intellectual developmental disabilities and/or substance abuse issues for over forty years and is 2 of 22

3 the Texas Department of State Health Services-designated Local Mental Health Authority for Bexar County, Texas. The CENTER is considered a quasi-governmental entity, a political subdivision of the state of Texas, but is not a Texas state agency. The CENTER S administrative offices are located at 3031 IH-10 West, San Antonio, Texas TIMELINE Activity Date/Time (CST) Location RFP Issuance April 8, or by to jchapman@chcsbc.org Mandatory Two-day Pre-Bid Facilities Tour Technical Assistance Questions Due (by ) April 14 and 15, :30 a.m. April 17, :00 p.m IH-10 West, San Antonio, Texas jchapman@chcsbc.org with cc: to ehatcher@chcsbc.org CENTER S Response to Technical Assistance Questions Proposals Due Proposal Opening Presentation of Vendor Presentations/Demonstrations to Evaluation Committee, if requested April 22, :00 p.m. April 28, p.m. April 28, p.m. May 4, 2015 May 7, 2015 Estimated Contract Award May 27, IH 10 West, San Antonio, Texas IH 10 West, San Antonio, Texas IH 10 West, San Antonio, Texas or online/webcast 4.1 Questions. Proposers may submit Technical Assistance Questions pertaining to this RFP no later than April 17, 2015, at 5:00 p.m. (CST). Questions must reference the page and section numbers and title from the RFP. Questions must be in writing, ed to jchapman@chcsbc.org with a cc: to ehatcher@chcsbc.org, and with CHCS RFP # referenced in the subject line. Please refrain from contacting the CENTER s Board of Trustees members or management during the search process and direct all inquiries to the contact person listed above. A written response to questions will be posted to the CENTER s website at no later than 12:00 p.m. on April 22, Only those written questions received prior to the submission deadline will be addressed. 5.0 PERIOD OF PERFORMANCE The period of performance shall be for five (5) years, comprised of an initial two year term and up to three (3) additional one year renewal terms at the sole option of the CENTER. The CENTER reserves the right to renegotiate terms at the end of each year of the contract term. 3 of 22

4 6.0 PROPOSAL SUBMITTAL 6.1 The Proposal submission shall include one (1) original and six (6) bound copies of the Proposal and a virus-free USB/flash drive which contains the Proposal in Microsoft Word format or PDF. 6.2 The Proposal submission must be signed by an authorized agent and placed in a sealed package clearly marked PROPOSAL FOR RFP # The Proposal submission must be delivered by regular mail, special carrier, or hand delivery. Submission of Proposals by telephone, facsimile transmission, or will not be accepted. 6.4 PROPOSALS MUST BE SENT TO: The Center for Health Care Services Attention: James Chapman RFP # IH-10 West San Antonio, TX GENERAL REQUIREMENTS FOR PROPOSALS 7.1 Proposals must be submitted in accordance with the standards and specifications contained within this Request for Proposal (RFP) and must contain a cover page with a certification of intent to meet the requirements specified. 7.2 The cover page of a responsive Proposal must be signed appropriately and completed with the date, company name, and name and title of a company officer/owner authorized to sign on behalf of the company. 7.3 The CENTER reserves the right to reject any and all Proposals, in part or in whole; to waive, at its discretion, any technicalities or irregularities which the CENTER deems reasonably correctable or otherwise not warranting rejection of the Proposal; and to negotiate on the basis of the Proposals received for the most favorable terms and best service for the CENTER. 7.4 The CENTER shall not pay any costs incurred or associated in the preparation of this or any Proposal or for participation in the procurement process. 7.5 Proposers may withdraw their Proposals at any time prior to the submission deadline. 7.6 Proposals must be typed or machine printed uniformly on letter size (8.5 x 11 ) sheets of white paper, single sided, each section clearly titled, with tabs A-F, and each page clearly and consecutively numbered. Proposals must be clean and suitable for copying. Proposals must be specific unto themselves. For example, See Enclosed Manual will not be considered an acceptable Proposal. Proposer s receipt of all CENTER-issued addenda related to this procurement, if any, must be acknowledged in the Proposal. 4 of 22

5 7.7 Late Proposals will not be accepted. Postmarks will not be accepted in lieu of this requirement. Proposals submitted to any other CENTER office or address will be rejected. 7.8 Any information contained in the Proposal that is deemed to be proprietary in nature must clearly be so designated in the Proposal. Such information may be subject to disclosure under the Public Information Act on opinions from the Texas Attorney General s office. 8.0 REQUIRED FORMAT OF PROPOSALS Please complete all questions in the order that they are presented in this Request for Proposal ("RFP"). Include all questions and question numbers in your responses. Any additional comments or information may be provided at the end of your answers to all proposal questions. If a question does not apply to the Proposer, simply and clearly document N/A. Scoring and evaluation is based on completed questions. Unanswered questions will be considered omissions. The CENTER reserves the right to review only completed Proposals. The CENTER reserves the right to hold subsequent face to face or telephone interviews for clarification and/or negotiation purposes. Interviews will not be solicited for the purpose of completing incomplete Proposals. Multiple omissions and/or incomplete responses may result in disqualification. Proposals must contain the following sections, in order: A. Proposal Cover Page B. Table of Contents C. Company Profile D. Description of Services E. Cost Proposal F. Assurances A. Proposal Cover Page The individual(s) who is (are) authorized to bind the Proposer contractually must sign a cover page, which will be considered an integral part of the Proposal. This cover page must indicate the signer is so authorized and must indicate the title or position that the signer holds in the Proposer s firm. An unsigned cover page shall cause the proposal to be rejected. The cover letter must contain the following: 1. The Proposer s name, address, and telephone and facsimile number 2. The Proposer's Federal Employer Identification Number and Corporate Identification Number, if applicable 3. The name, title or position, and telephone number of the individual signing the cover letter 4. A statement indicating the signature is authorized to bind the Proposer contractually 5. The name, title or position, and telephone number of the primary contact and/or account administrator, if different from the individual signing the cover letter 6. A statement to the effect that the proposal is a firm and irrevocable offer, good for three years and that the fee quote will remain firm/unchanged for 120 days from the RFP due date 5 of 22

6 7. A statement expressing the Proposer's willingness to perform the services as described in this RFP 8. A statement expressing the Proposer's availability of staff and other required resources for performing all services and providing all deliverables within specified timeframes. B. Table of Contents This section shall include a comprehensive table of contents that identifies material by sections A-F (in the order listed above) and by sequential page numbers. C. Company Profile Please tell us about your firm by inserting here a complete response to all information requested in the attached Exhibit B, Company Profile. Information and answers provided shall correspond to the order of questions in Exhibit B and shall be numbered or lettered correspondingly. D. Description of Services Please tell us about your services by inserting here a complete response to all information requested in the attached Exhibit A, Scope of Services, as well as your ability to comply with the scope of work and other stated requirements. Please include details about how your firm will comply with the scope of work and other stated requirements, including examples based upon current practices or past experience with similar arrangements. Information and answers provided shall correspond to the order of questions in Exhibit A and shall be numbered or lettered correspondingly. E. Cost Proposal In this section, please include the Proposer s Cost to provide the Scope of Services detailed in Exhibit C, Cost Proposal. Proposers may include other information to explain the proposed costs. The parties may renegotiate standardized costs at the commencement of each renewal term of the Contract, or whenever needed in order to comply with changes in applicable laws or regulations. Note: the CENTER is exempt from paying sales and use tax; such costs cannot be passed on to the CENTER in any form. F. Assurances The Proposer shall sign and insert here the attached Exhibit D, Assurances. 9.0 EVALUATION CRITERIA Proposals will be evaluated according to the criteria stated in Exhibit E, Evaluation Worksheet EVALUATION PROCESS It is the CENTER s intent to evaluate Proposals in order to achieve the best value for CENTER employees and operations. All Proposals will be given a thorough review. Interviews, presentations, demonstrations, or onsite visits may be conducted to further evaluate some or all Proposals and to select one or more Proposers as finalists for consideration for award of a contract. Each firm which submits a complete Proposal but is not awarded a contract will be notified in writing that its Proposal is no longer being considered. All communication between Proposers and CENTER during the evaluation process must be made through the CENTER S Purchasing Department only. Attempts by the Proposer to 6 of 22

7 contact any other CENTER representative or trustee may result in disqualification of the Proposer. The CENTER reserves the right to split or make the award that is most advantageous to the CENTER INTERPRETATION OF RFP The Proposer must make careful examination and understand all of the requirements, specifications, and conditions stated in the RFP. If any Proposer planning to submit a Proposal finds discrepancies in or omissions from the RFP, or is in doubt as to meaning, a written request for interpretation or correction must be given to the CENTER. Any changes in the RFP will be made only by written addendum and may be posted on the CENTER s website at CONTRACTUAL DEVELOPMENT If a Proposal is selected for award, the CENTER will enter into a contractual relationship with the Successful Proposer. The contract shall be subject to approval by the CENTER s Board of Trustees or other designated approval authority and no contract shall be deemed to exist between the CENTER and any firm until a mutually acceptable, comprehensive and binding agreement has been executed by the CENTER and that firm. In the contract with the Successful Proposer, the CENTER will not agree to waive its governmental immunities, agree to engage in binding arbitration or agree to indemnification of the contractor or limitation of contractor s liability. A countersigned copy of a Proposal or any other preliminary written agreements shall not suffice to bind the CENTER to any legal obligation of any kind whatsoever with regard to the work considered herein. If an agreement cannot be reached, negotiations with the second ranking Proposer shall commence CANCELLATION OF PROCUREMENT PROCESS The CENTER may cancel the procurement process at any time. All Proposals become the property of the CENTER. The CENTER reserves the right to amend or modify the project Scope of Services prior to the award of contract, as necessity may dictate, and to reject any and all Proposals hereunder. This Request for Proposal does not commit the CENTER to award a contract or to pay any costs incurred in the preparation of a proposal in response to this request. The CENTER reserves the right to accept or reject any or all Proposals received as a result of this request, to negotiate with any qualified source or to cancel in part or in its entirety this RFP if it is in the best interest of the CENTER CONFIDENTIALITY AND PROPRIETARY INFORMATION The entire response to this RFP shall be subject to disclosure under the Texas Public Information Act, Chapter 552 of the Texas Government Code. If the Proposer believes information contained therein is legally exempted from disclosure under the Texas Public Information Act, the Proposer should conspicuously (via bolding, highlighting and/or enlarged font) mark those portions of its response as confidential or proprietary. Such information may still be subject to disclosure under the Public Information Act depending on determinations of the Texas Attorney General s office. The assertion of 7 of 22

8 any defenses or exemptions to release of information shall be the duty of the Proposer, upon notification from CENTER that an information request has been made. 8 of 22

9 EXHIBIT A SCOPE OF SERVICES 1.0 SUMMARY OF SERVICE REQUIREMENTS The Successful Proposer(s) (hereinafter referred to as Contractor ) shall provide all of the required Hardware, Software, Installation/Upgrades, Repairs, Maintenance, Testing and Monitoring of CENTER security alarm systems and fire alarm systems (collectively, Systems ), and those other services necessary to perform all Services for the CENTER as defined in this Scope of Services document. The Contractor shall perform all Services to the standards set forth herein. The CENTER reserves the right to award multiple contracts under this procurement (e.g. one vendor to provide monitoring services and another vendor to provide installation/maintenance services). In addition, the Contractor must be able to accommodate all existing CENTER non-proprietary systems equipment and, if requested by CENTER, to replace any existing proprietary systems equipment with non-proprietary equipment (subject to negotiation and approval of proposed replacement costs by CENTER). 2.0 SERVICE LOCATIONS Contractor shall provide complete security and fire alarm systems services, as described in this Scope of Services, at each CENTER facility location listed below. Note: Implementation of services at some facilities may be postponed pending expiration of any current vendor contracts. The procurement you are bidding on is a multi-year contract. Facilities will be added to the contract scope of work as they become disencumbered of any current vendor contract(s) I. H. 10 West San Antonio, TX 711 East Josephine San Antonio, TX 227 West Drexel (A San Antonio, TX 227 West Drexel (B) San Antonio, TX 227 West Drexel (D) San Antonio, TX (To include portable buildings) 1920 Burnet San Antonio, TX 1921 Burnet San Antonio, TX 3602 Culebra San Antonio, TX 1219 McCullough San Antonio, TX 806 South Zarzamora San Antonio, TX 2711 Palo Alto San Antonio, TX 104 Story Lane San Antonio, TX 5802 South Presa San Antonio, TX 9502 Lone Shadow San Antonio, TX 8155 Lone Shadow San Antonio, TX 7622 Linkside San Antonio, TX 2927 Eisenhower San Antonio, TX 6722 Calm Lake San Antonio, TX 6812 Bandera Road San Antonio, TX 9 of 22

10 5372 Fredericksburg Road, San Antonio, TX Building F 225 E Locust San Antonio, TX 601 N. Frio, Building 1 San Antonio, TX 3.0 EQUIPMENT The following is a list of standard alarm equipment needed at each CENTER facility. Individual facility needs will vary; this list is not intended to be all-inclusive: Fire Alarm Control Panel Primary & Secondary Power Supplies Stand-by Batteries Remote Annunciator Automatic Alarm Initiating Devices Automatic Supervisory Initiating Devices Manual Initiating Devices Alarm Notification Appliances Digital Alarm Communicator Smoke and heat detectors Emergency Communication Equipment Ancillary Control Connections to include monitoring and loops for other equipment being monitored by fire and/or intrusion systems Security Device Keypads Any part or material related to the functionality of security and fire alarm systems, object of this contract. The installed equipment shall be non-proprietary and shall become the property of the CENTER (no leasing of equipment). The master, installer or supervisory codes, as well as the software to program or set up the equipment shall also become the property of the CENTER. The equipment will be selected considering the best cost/effective solution for the CENTER and will be subject to approval depending on the existing funding and review by the CENTER s Facilities Director. The CENTER reserves the right to research and obtain the best cost for parts, materials and labor to be utilized to maintain and/or repair the equipment. The CENTER reserves the right to issues specifications and to select parts and equipment, subject to a vendor surcharge of no greater than 15%. All equipment, including installation hardware, shall be new and free from defects and shall be UL listed as per required codes. All components shall be in current production and shall be a standard product of the manufacturer (nonproprietary). Each component shall bear the make, model number, and UL label as applicable. All components used to repair/upgrade existing CENTER alarm systems shall be of the same or similar characteristics to the existing system equipment. However, any upgrades shall be performed with nonproprietary equipment. All equipment installed or replaced shall undergo strict inspection standards. Equipment, including all contributory components, shall have been previously tested. 10 of 22

11 Software updates, if necessary, shall be tested at the factory prior to installation. 4.0 INSTALLATION, MAINTENANCE, REPAIR AND TESTING SERVICES The Contractor shall respond to on call maintenance requests of security and fire alarm systems and components. This work may include, but not be limited to, updating existing alarm control panels/communicators, power supplies and standby batteries and chargers, system key pads, motion detectors, audible devices and door alarms, as directed by the CENTER. The Contractor must perform inspections of existing equipment and make recommendations for any maintenance, repair or upgrade of the security and alarm equipment as needed. The Contractor shall coordinate, and be wholly responsible for coordinating all work through the CENTER s Facilities and the Fleet & Maintenance (FFM) Department. The Contractor must connect the security alarm equipment in a configuration sufficient to secure facilities from break-ins which preferably includes Voice over IP (VoIP) phone connection. The Contractor must allow one master code, separate alarm codes and passwords for each location. This code shall include security and fire alarm systems. The Contractor must have the capability of a centralized access software system. The Contractor shall describe the preventative and ongoing maintenance, programming, annual testing and related services to support the security and fire security systems for each CENTER facility. The Contractor must provide itemized labor rates and material cost to perform repairs or replacements for special items or services not included within the scope of work or for new projects, as requested by CENTER. 4.1 SKILLED TECHNICIANS The Contractor agrees to have reasonable amounts of appropriately skilled and directed manpower available to immediately execute the scope of work or make emergency repairs in such a manner as to avoid any unnecessary downtime of the alarm systems. Skilled technicians are to perform all maintenance and repair service work and, at a minimum, to be factory trained and certified to work with security and fire alarm systems. The Contractor shall include with its proposal the specific names of the technicians that will be assigned to the CENTER and provide documentation clearly showing that the assigned technicians are both trained and experienced in testing, repairing, maintaining, and operating various security, fire panels or any other systems installed as well as upgrading or making typical repairs and adjustments to other items typically associated with a security and fire alarm system(s). If factory training is not required by the manufacturer, then technicians working on the Security System shall have performed at least twelve (12) installations of said product within the last two (2) years. 11 of 22

12 The Contractor shall be solely responsible for compliance with all health and safety regulations, performing the work in a safe and competent manner, and shall use industry standard procedures in the execution of the work as outlined in this document. 4.2 CATALOGING If requested by CENTER, the Contract shall, within two months of award of the contract, provide a review of each CENTER facility and will identify and catalog in a form and format acceptable to the CENTER, the alarm components with appropriate information, including but not limited to control panel/communicator, security system key pads, motion detectors, and audible devices. The Contractor will provide an electronic copy of the catalog to the CENTER and maintain the catalog current throughout the life of the contract. The catalog will be the sole property of the CENTER and all copies of the catalog shall be provided to the CENTER upon written demand and none retained by the Contractor in any form. The Contractor will provide recommendations and associated budgets for upgrades to equipment and/or systems where appropriate. 4.3 INSTALLATION All permits, right of ways, licenses, agreements, site surveys, engineering, design planning, applications, and all other accessories and inspections required for the successful delivery of the Contractor s services are the sole responsibility of the Contractor and shall be furnished at the Contractor s expense. Evidence of meeting all of the above referenced requirements must be provided to the CENTER prior to the commencement of work. 4.4 WARRANTY TERM AND CONDITIONS The Contractor will provide the CENTER with a warranty that includes a minimum of twelve (12) months of parts and labor coverage for all reported faults of the new equipment. Coverage will include either the repair or replacement of parts that fail due to normal wear and tear. The CENTER also requires that the Contractor serve as the single point of contact for all warranty issues. The Contractor will be accountable for the resolution of any warranty issues. The Contractor is required to provide onsite resources as may be required at no charge to the CENTER for duration of the warranty term. 4.5 DEBRIS At its own expense, the Contractor must remove all debris associated with installation, including but not limited to equipment boxes, unused material, etc. 5.0 MONITORING SERVICES Monitoring services include: 1. Providing for 24 hours per day, 365 days per year, monitoring of security and fire alarms transmitted to the central station and provide appropriate dispatch response to the alarm(s); 2. Following CENTER-provided protocols for each facility s alarm management and control; 12 of 22

13 3. In general, the Contractor will dispatch fire or intrusion alarm to the appropriate dispatch immediately upon receipt of the alarm; 4. Maintain call down lists for each facility and perform call downs on receipt of the alarm; 5. Provide dispatching and special instructions as required; 6. Provide the CENTER with control of code management and contact lists; 7. The monitoring facility must be UL listed and certified; 8. Provide monthly open/close reports, number of people to contact, alarm reports, alarm verification and other as determined by the CENTER; 9. Maintain history/reports/logs for easy retrieval for a period of at least six (6) months 10. Archive history/reports/logs for a period of at least five (5) years; 11. Provide web based/computer software access. 6.0 FIRE ALARM INSPECTION SERVICES The Contractor will perform quarterly, semi-annual and annual basic fire alarm inspections for each CENTER facility. 7.0 SERVICE LEVEL AGREEMENTS (MAINTENANCE AND MONITORING) The CENTER requires a response within two (2) hours to a service interruption once reported by CENTER staff, or to address any other service or repair which the CENTER considers a breach of security at any of the stated CENTER facilities. Service response must be available on a continuous 24-hour basis. Should the Contractor fail to respond within the two (2) hour response window, it agrees to provide the CENTER with a $ credit. This credit can be applied by the CENTER to any open invoice with the Contractor. The Contractor must supply a trouble reporting process, escalation procedures, and contact information for new service needs or trouble reporting. 8.0 NEW FACILITIES/FACILITY EXPANSION When the CENTER constructs new facilities or expands or reconfigures existing facilities, the alarm system work will be included within the General Contractor s scope of work. The firm(s) that is awarded the monitoring/maintenance service contract(s) under this RFP will review and provide comments on the design of the proposed alarm system, review shop drawings, assist with acceptance of the system and program the system as outlined above. This work will be done on a time and material basis with the issuance of a written authorization by the CENTER. The monitoring/maintenance services Contractor(s) is free to provide a bid to perform the specified security system work to the General Contractors bidding the construction work. 9.0 INVOICING Invoices shall be issued on a time and material basis for services rendered. The CENTER will pay invoices within 30 days of receipt (commercial credit) only after services have been performed, to include monitoring and maintenance or repairs services. The Contractor shall invoice each facility separately with individual invoices to include credits (if any) in the same invoice. The CENTER is a tax exempt entity. 13 of 22

14 10.0 SUBCONTRACTORS The Proposer must indicate whether or not it will be subcontracting portion(s) of services contained in this RFP s Scope of Services. If so, indicate the name of the subcontractor and the portion of the work, which will be subcontracted. Provide the subcontractor s qualifications that meet the requirements of the Scope of Services. The CENTER reserves the right to refuse the selection of any subcontractor(s) by Contractor for reasonable cause BACKGROUND CHECKS The Contractor shall, at its own expense, conduct criminal background checks on all personnel and subcontractors assigned to provide services on CENTER property. The background checks must satisfy the requirements of the CENTER s licensing and regulatory agencies. Proof that such checks have been conducted will be provided by the Contractor to the CENTER upon request. [End of Exhibit A] 14 of 22

15 EXHIBIT B COMPANY PROFILE Please tell us about your Company: 1. Company name (including d/b/a) and address. 2. If Company is a subsidiary of another entity, please name the entity. 3. Provide a history of your company, evidencing its strengths and stability, including number of years in business, licensing information (if applicable), number of years providing the type of services proposed in this RFP, number of employees, existing customer satisfaction data, number of customers in Texas, and areas covered in Texas. The Responder must have a minimum of five years experience in the area of expertise of this RFP. 4. Is Company a certified HUB, SBE, M/WBE, or VBE? If yes, please attach all applicable current certifications. 5. Has the Company ever filed a voluntary petition seeking bankruptcy protection? If so, explain. 6. Is any litigation pending against the Company? If so, explain. 7. Is the Company in arrears upon a contract or debt? If so, explain. 8. Company s annual gross revenue range: $100 K or Less; $101K-$500K; $501K-900K; $901K-$2.5 M; or $2.5 M-Over 9. Provide a Certificate(s) of Insurance secured and maintained with an insurance company, or companies, licensed to do business in Texas and rated A- or higher by Moody s Investor Services for the following limits: a. Comprehensive general liability insurance with limits of at least $500,000/$1,000,000. b. Sufficient coverage to meet the requirement of State law for workers' compensation on its employees providing required services under this RFQ s scope of work. c. Automobile insurance in statutory amounts ($300,000/$500,000) covering all vehicles used in connection with the provision of the required services. Note: Other industry-standard coverages or bonding may be required prior to commencement of services. 10. Warrant that all persons who may provide services to the CENTER under an awarded contract are legally authorized to work in the United States. 15 of 22

16 11. Provide your firm s most recent Certified Corporate Financial Statement accompanied with a summary cover letter from the Certified Public Accounting agency that performed the Financial Statement. 12. If the Responder is a corporation, attach a current copy of a certificate of account status (formerly known as a "certificate of good standing") from the Texas State Comptroller. 13. If Responder is not a corporation, attach a copy of Responder s "Assumed Name Certificate" from the County Clerk. 14. Provide a minimum of four (4) current customer references, preferably in the San Antonio, Texas area. Include a contact name, telephone number, and address for each reference. 16 of 22

17 This Cost Proposal contains four sections: EXHIBIT C COST PROPOSAL 1. SETUP & MONITORING COSTS Service Locations Monitoring System Initial Setup One Time Cost Monthly Monitoring Cost 3031 IH 10 West, San Antonio Fire Burglar Burglar (P. Shop) $ $ 711 East Josephine, San Antonio Fire $ $ 227 West Drexel (A), San Antonio Fire $ $ 227 West Drexel (B), San Antonio Fire 227 West Drexel (D), San Antonio (To include portable buildings) Fire 1920 Burnet Road, San Antonio Fire 1921 Burnet Road, San Antonio 3602 Culebra, San Antonio Fire $ $ 1219 McCullough, San Antonio 806 South Zarzamora, San Antonio Fire 2711 Palo Alto, San Antonio Fire 104 Story Lane, San Antonio Fire 5802 S. Presa, San Antonio Fire 9502 Lone Shadow, San Antonio Fire 8111 Lone Shadow, San Antonio Fire 7622 Linkside, San Antonio Fire 2927 Eisenhower, San Antonio Fire 2722 Calm Lake, San Antonio Fire 6812 Bandera Road, San Antonio 5372 Fredericksburg Road, Building F, San Antonio Burglar $ $ 225 E. Locust, San Antonio 601 N. Frio, Bldg. 1, San Antonio Fire $ $ GRAND TOTALS $ $ 17 of 22

18 2. MAINTENANCE & SERVICE COSTS The maintenance and service for the security and fire systems shall not be included in the monitoring services cost. A. Service Calls Maintenance and service calls will be per event. Provide the cost per hour: Service call cost per hour 1 st $ 2 nd and additional $ Monday-Friday 8am to 5pm Service call cost per hour 1 st $ 2 nd and additional $ Other than regular business days and hours These costs shall be all-inclusive; no other costs shall be included to the above mentioned cost. B. Preventative Maintenance Programs Provide any preventative maintenance programs offered by your firm, with costs. C. Parts and Materials Price List Provide a list of the prices for the most common parts and materials to maintain the existing CENTER equipment and to repair possible failures. Include labor costs. 3. FIRE ALARM SYSTEM INSPECTION COSTS Provide an annual fire alarm inspection cost for each of the following facilities: Service Locations Annual Inspection Cost 3031 IH 10 West, San Antonio $ 711 East Josephine, San Antonio $ 227 West Drexel (A), San Antonio $ 227 West Drexel (B), San Antonio $ 227 West Drexel (D), San Antonio $ (To include portable buildings) 1920 Burnet Road, San Antonio $ 1921 Burnet Road, San Antonio $ 3602 Culebra, San Antonio $ 1219 McCullough, San Antonio $ 806 South Zarzamora, San Antonio $ 2711 Palo Alto, San Antonio $ 104 Story Lane, San Antonio $ 5802 S. Presa, San Antonio $ 9502 Lone Shadow, San Antonio $ 8111 Lone Shadow, San Antonio $ 7622 Linkside, San Antonio $ 18 of 22

19 2927 Eisenhower, San Antonio $ 2722 Calm Lake, San Antonio $ 6812 Bandera Road, San Antonio $ 5372 Fredericksburg Road, Building F, $ San Antonio 225 E. Locust, San Antonio $ 601 N. Frio, Bldg. 1, San Antonio $ GRAND TOTAL $ 4. LONG-TERM COSTS Responders must include a section defining on-going, or long-term, cost of ownership for the CENTER. This should include items such as hardware support and maintenance, software support and maintenance, annual service and support agreement with vendors, etc. 19 of 22

20 EXHIBIT D ASSURANCES The Proposer assures the following (signature required): 1. That all addenda and attachments to the RFP as distributed by CENTER have been received. 2. No attempt will be made by the Proposer to induce any person or firm to submit or not to submit a Proposal, unless so described in the RFP document. 3. The Proposer does not discriminate in its services or employment practices on the basis of race, color, religion, sex, sexual orientation, national origin, disability, veteran status, or age. 4. That no employee of CENTER or Department of State Health Services ( DSHS ), and no member of CENTER s Board of Trustees will directly or indirectly receive any pecuniary interest from an award of the proposed contract. If the Proposer is unable to make the affirmation, then the Proposal must disclose any knowledge of such interests. 5. Proposer accepts the terms, conditions, criteria, and requirements set forth in the RFP. 6. Proposer accepts CENTER s right to cancel the RFP at any time prior to contract award. 7. Proposer accepts CENTER s right to alter the timetables for procurement as set forth in the RFP. 8. The Proposal submitted by the Proposer has been arrived at independently without consultation, communication, or agreement with another party for the purpose of restricting competition. 9. Unless otherwise required by law, the information in the Proposal submitted by the Proposer has not been knowingly disclosed by the Proposer to any other Proposer prior to the notice of intent to award. 10. No claim will be made to CENTER for payment to cover costs incurred in the preparation of the submission of the Proposal or any other associated costs. 11. CENTER has the right to complete background checks and to verify information submitted by a Proposer. 12. The individual signing this document and the contract is authorized to legally bind the Proposer. 13. The address submitted by the Proposer to be used for all notices sent by CENTER is current and correct. 14. All cost and pricing information is reflected in the Proposal documents or attachments. 15. That the Proposer is not currently held in abeyance or barred from the award of a federal or state contract. 16. That the Proposer is not currently delinquent in its payments of any franchise tax or state tax owed to the state of Texas, pursuant to Texas Business Corporation Act, Texas Civil Statutes, Article Proposer shall disclose whether any of the directors or personnel of Proposer has either been an employee or a trustee of CENTER within the past two (2) years preceding the date of submission of the Proposal. This requirement applies to all personnel, whether or not identified as key personnel. If such employment has existed, or term of office served as trustee, the Proposer shall state in an attached writing the nature and time of the affiliations as defined. 18. Proposer shall identify in an attached writing any trustee or employee of CENTER who has a financial interest in Proposer or who is related within the second degree by consanguinity or affinity to a person having such financial interest. Such disclosure shall include a complete statement of the nature of such financial interest and the relationship, if applicable. Moreover, Proposer shall state in an attached writing whether any of its directors or personnel knowingly 20 of 22

21 has had a personal relationship with employees or officers of CENTER within the past two (2) years that may interfere with fair competition. 19. No current or former employee or officer of a federal, state, or local governmental agency, and/or the CENTER directly or indirectly aided or attempted to aid in the procurement of Proposer s services. 20. Proposer shall disclose in an attached writing the name of every CENTER key person with whom Proposer is doing business or has done business during the 365 day period immediately prior to the date on which the Proposal is due; failure to include such a disclosure will be a binding representation by Proposer that the natural person executing the Proposal has no knowledge of any CENTER key persons with whom Proposer is doing business or has done business during the 365 day period prior to the immediate date on which the Proposal is due. 21. Under Section of the Texas Family Code, the vendor or Proposer certifies that the individual or business entity named in this Proposal is not ineligible to receive the specified grant, loan, or payment and acknowledges that this contract may be terminated and payment may be withheld if this certification is inaccurate. 22. Proposer has no conflict of interest and meets the standards of conduct requirements pursuant to Texas Administrative Code Section (c). 23. That all information provided in the Proposal is true and correct. Company Name: Contact Person: Address: Telephone: Signature: Printed Name of Signing Authority Date 21 of 22

22 EXHIBIT E EVALUATION WORKSHEET This worksheet is to be used to document the CENTER S evaluation of the Proposer s qualifications. Points within the ranges specified are to be assigned to the below-listed criteria as a means for quantifying the relative strengths and weaknesses of the various proposals. In the event that vendor presentations or interviews are necessary to break a tie or for making final clarification in the evaluation process, additional points may be awarded. It should be understood that while the total score is a significant factor, the CENTER reserves the right to consider other factors in making a final selection. When all other factors are equal, the CENTER will select goods and services provided by local (Bexar County) vendors. Proposal Requirement Maximum points Qualifications and experience of specific personnel assigned to this project 10 Quality and responsiveness of the proposal and the ability to present a clear understanding of the nature and scope of the project and all terms and 25 requirements are discussed clearly and succinctly Vendor experience in similar environments/ability to complete work 10 Proposed costs and expenses to the CENTER 20 Other services available to the CENTER above and beyond the services 10 required Technical solutions 10 Project plan and schedule 10 Certified HUB, SBE, M/WBE, or VBE (1 point each, maximum 5 points) 5 22 of 22

The Center for Health Care Services

The Center for Health Care Services The Center for Health Care Services Request for Proposal Data Center Hosting Services Project# 2014-012 August 2014 1 of 12 THE CENTER FOR HEALTH CARE SERVICES Data Center Hosting Services Request for

More information

The Center for Health Care Services

The Center for Health Care Services The Center for Health Care Services Request for Proposal Human Resources Information System (HRIS) Services Project# 2014-009 May 2014 1 of 21 THE CENTER FOR HEALTH CARE SERVICES RFP for Human Resources

More information

CITY OF BONITA SPRINGS, FLORIDA RFP # 14-019

CITY OF BONITA SPRINGS, FLORIDA RFP # 14-019 CITY OF BONITA SPRINGS, FLORIDA RFP # 14-019 Pursuant to Florida Statutes, Chapter 287, The City of Bonita Springs hereinafter referred to as the City, will accept sealed Responses for Qualifications and

More information

CITY OF LANCASTER RFP NO. 621-15 LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE. July 24, 2015 BY 11:00 A.M.

CITY OF LANCASTER RFP NO. 621-15 LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE. July 24, 2015 BY 11:00 A.M. CITY OF LANCASTER RFP NO. 621-15 LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE July 24, 2015 BY 11:00 A.M. SUBMIT TO: Office of the City Clerk Lancaster City Hall 44933 Fern Avenue

More information

City of Vallejo REQUEST FOR PROPOSAL WORKERS COMPENSATION CLAIMS AUDIT

City of Vallejo REQUEST FOR PROPOSAL WORKERS COMPENSATION CLAIMS AUDIT City of Vallejo REQUEST FOR PROPOSAL WORKERS COMPENSATION CLAIMS AUDIT Date original issued: September 28, 2015 Qualifications Statements due: The City of Vallejo will consider Proposals submitted in response

More information

REQUEST FOR QUALIFICATIONS PROPERTY APPRAISAL SERVICES. Prepared by. City of Richmond Finance Department. February 18, 2016 RESPONSES DUE:

REQUEST FOR QUALIFICATIONS PROPERTY APPRAISAL SERVICES. Prepared by. City of Richmond Finance Department. February 18, 2016 RESPONSES DUE: REQUEST FOR QUALIFICATIONS PROPERTY APPRAISAL SERVICES Prepared by City of Richmond Finance Department February 18, 2016 RESPONSES DUE: 2:30 P.M., Monday, March 7, 2016 REQUEST FOR STATEMENTS OF QUALIFICATIONS

More information

RFP Milestones, Instructions, and Information

RFP Milestones, Instructions, and Information This Request for Proposal is being issued by the Lower Colorado River Authority (LCRA). LCRA is a conservation and reclamation district of the State of Texas created pursuant to Article XVI, Section 59,

More information

Lake County, Oregon Request for Proposal VoIP Telephone Communications System

Lake County, Oregon Request for Proposal VoIP Telephone Communications System Lake County, Oregon Request for Proposal VoIP Telephone Communications System Issue Date: April 5, 2012 Due Date: 5 p.m. (Pacific Standard Time), May 11, 2012 REQUEST FOR PROPOSALS Notice is hereby given

More information

LIBERTY INDEPENDENT SCHOOL DISTRICT, LIBERTY,TEXAS REQUEST FOR PROPOSAL DELINQUENT TAX ATTORNEY RFP #13-01

LIBERTY INDEPENDENT SCHOOL DISTRICT, LIBERTY,TEXAS REQUEST FOR PROPOSAL DELINQUENT TAX ATTORNEY RFP #13-01 LIBERTY INDEPENDENT SCHOOL DISTRICT, LIBERTY,TEXAS REQUEST FOR PROPOSAL DELINQUENT TAX ATTORNEY RFP #13-01 TABLE OF CONTENTS I. INSTRUCTIONS... 3 A. BID INFORMATION... 3 B. BID PROPOSAL FORMAT... 4 C.

More information

Request for Quotation (RFQ) Property/Casualty Insurance

Request for Quotation (RFQ) Property/Casualty Insurance SECTION A GENERAL INFORMATION 1. Purpose Mesa County Public Library District (MCPLD) requests written quotations for coverages to be effective January 1, 2016. The selected firm will act as advisor, consultant

More information

UTAH COUNTY ANIMAL SHELTER REQUEST FOR PROPOSALS FOR VETERINARY SERVICES

UTAH COUNTY ANIMAL SHELTER REQUEST FOR PROPOSALS FOR VETERINARY SERVICES S FOR VETERINARY SERVICES Page 1 SECTION 1 ADMINISTRATIVE OVERVIEW 1.1 BACKGROUND 1.2 PURPOSE The Utah County Animal Shelter s mission is to promote the health and safety of pets and people in Utah County

More information

INVITATION TO BID. Web and Application Development Services. Monday, February 23, 2015 at 10:00 AM

INVITATION TO BID. Web and Application Development Services. Monday, February 23, 2015 at 10:00 AM 200 GRAND RIVER, SUITE 203 Pg 1 of 11 BID: RFP-IT-0215-292 INVITATION TO BID ITEM: PreBid Conference: DEADLINE: BID OPENING: Web and Application Development Services Monday, February 9, 2015 at 11:00 AM

More information

Description: Publication Date: 9/21/2015. Closing Date/Time: Open Until Contracted

Description: Publication Date: 9/21/2015. Closing Date/Time: Open Until Contracted Description: The New River Valley Regional Jail Authority (NRVRJA) values and appreciates the contributions and efforts of its employees. Toward this end, the NRVRJA is committed to providing a supportive,

More information

GALVESTON COUNTY HEALTH DISTRICT. Request For Proposal Health Insurance Broker Services RFP 15-011

GALVESTON COUNTY HEALTH DISTRICT. Request For Proposal Health Insurance Broker Services RFP 15-011 GALVESTON COUNTY HEALTH DISTRICT Request For Proposal Health Insurance Broker Services RFP 15-011 INTRODUCTION The Galveston County Health District (GCHD) is requesting Proposals for health insurance broker

More information

COUNTY OF SARPY, NEBRASKA SPECIFICATIONS. VOIP Phones For the. Various County Departments

COUNTY OF SARPY, NEBRASKA SPECIFICATIONS. VOIP Phones For the. Various County Departments COUNTY OF SARPY, NEBRASKA SPECIFICATIONS VOIP Phones For the Various County Departments PROPOSALS DUE: Thursday, 2:00 p.m., June 13, 2013 1 P age P:\VOIP Phones\RFP_VOIP.docx General Information Notice

More information

Burke Center. Request for Proposal For a Defined Contribution Retirement Plan

Burke Center. Request for Proposal For a Defined Contribution Retirement Plan Burke Center Request for Proposal For a Defined Contribution Retirement Plan Burke Center is a Community Mental Health and Mental Retardation Center authorized under Chapter 534 of the Texas Health and

More information

PIERCE COUNTY LIBRARY SYSTEM. REQUEST FOR PROPOSAL (RFP) for. Telephone Service (Analog Phone Service)

PIERCE COUNTY LIBRARY SYSTEM. REQUEST FOR PROPOSAL (RFP) for. Telephone Service (Analog Phone Service) PIERCE COUNTY LIBRARY SYSTEM REQUEST FOR PROPOSAL (RFP) for Telephone Service (Analog Phone Service) TABLE OF CONTENTS Part 1: Introduction & RFP Timeline... 1 Part 2: General Instructions and Conditions;

More information

REQUEST FOR PROPOSALS BOND COUNSEL SERVICES FOR AFFORDABLE HOUSING RFP # 16-018. Santa Ana Housing Authority

REQUEST FOR PROPOSALS BOND COUNSEL SERVICES FOR AFFORDABLE HOUSING RFP # 16-018. Santa Ana Housing Authority REQUEST FOR PROPOSALS BOND COUNSEL SERVICES FOR AFFORDABLE HOUSING RFP # 16-018 20 Civic Center Plaza Santa Ana, CA 92701 Judson Brown Housing Division Manager (714) 667-2241 Office JBrown@santa-ana.org

More information

STATE OF WEST VIRGINIA BOARD OF RISK AND INSURANCE MANAGEMENT REQUEST FOR PROPOSAL RFP# 05122010

STATE OF WEST VIRGINIA BOARD OF RISK AND INSURANCE MANAGEMENT REQUEST FOR PROPOSAL RFP# 05122010 STATE OF WEST VIRGINIA BOARD OF RISK AND INSURANCE MANAGEMENT REQUEST FOR PROPOSAL RFP# 05122010 Fiscal Year 2011 1 TABLE OF CONTENTS Part 1 - Informational...3 Part 2 - Operating Environment...8 Part

More information

ASBESTOS/LEAD SURVEY AND CONSULTING AGREEMENT BY AND BETWEEN NEW YORK UNIVERSITY / NYU HOSPITALS CENTER - OWNER - AND - CONSULTANT - --------- PROJECT

ASBESTOS/LEAD SURVEY AND CONSULTING AGREEMENT BY AND BETWEEN NEW YORK UNIVERSITY / NYU HOSPITALS CENTER - OWNER - AND - CONSULTANT - --------- PROJECT APPENDIX A ASBESTOS/LEAD SURVEY AND CONSULTING AGREEMENT BY AND BETWEEN NEW YORK UNIVERSITY / NYU HOSPITALS CENTER - OWNER - AND - CONSULTANT - --------- PROJECT DATED AS OF ASBESTOS/LEAD SURVEY AND CONSULTING

More information

CITY OF LEMOORE REQUEST FOR PROPOSALS FOR CREDIT CARD PROCESSING SERVICE. City of Lemoore Finance Department 119 Fox St Lemoore, CA 93245

CITY OF LEMOORE REQUEST FOR PROPOSALS FOR CREDIT CARD PROCESSING SERVICE. City of Lemoore Finance Department 119 Fox St Lemoore, CA 93245 CITY OF LEMOORE REQUEST FOR PROPOSALS FOR CREDIT CARD PROCESSING SERVICE City of Lemoore Finance Department 119 Fox St Lemoore, CA 93245 Notice is hereby given that the City of Lemoore is soliciting proposals

More information

REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK (CMAR)

REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK (CMAR) REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK (CMAR) For the Project: CITY OF KATY NEW KATY FIRE STATION #2 Issued: August 13, 2015 Katy Fire Station #2 August 13, 2015 Page 1 of 17 Request

More information

Request for Proposal For Fund Developer

Request for Proposal For Fund Developer Request for Proposal For Fund Developer City of Riverside Development Department August 11, 2008 The City of Riverside is currently seeking proposals from qualified organizations/individuals that can raise

More information

AGREEMENT FOR FINANCIAL AND ACCOUNTING CONSULTATION SERVICES

AGREEMENT FOR FINANCIAL AND ACCOUNTING CONSULTATION SERVICES AGREEMENT FOR FINANCIAL AND ACCOUNTING CONSULTATION SERVICES THIS AGREEMENT is made as of December 1, 2003, by and between the San Francisquito Creek Joint Powers Authority, a body corporate and politic

More information

OSWEGO COUNTY PURCHASING DEPARTMENT

OSWEGO COUNTY PURCHASING DEPARTMENT Bid #38-14 VOIP Municipal Lease OSWEGO COUNTY PURCHASING DEPARTMENT County Office Building 46 East Bridge Street Oswego, NY 13126 Phone (315) 349-8307 Fax (315) 349-8308 Email: dstevens@oswegocounty.com

More information

Introduction. Scope of Services

Introduction. Scope of Services Introduction South San Francisco, "The Industrial City" was incorporated on September 19, 1908. It has a population of approximately 66,000 and a land area of 9.14 square miles. South San Francisco is

More information

St. Andrews Public Service District

St. Andrews Public Service District St. Andrews Public Service District Request for Qualifications for Architectural/Engineering (A/E) Consultancy Services for Fire Stations, Administrative Buildings, and Environmental Services Facilities.

More information

Carmel Unified School District. Prequalification Application For Bleacher and Pressbox Replacement Project at Carmel High School

Carmel Unified School District. Prequalification Application For Bleacher and Pressbox Replacement Project at Carmel High School Carmel Unified School District Prequalification Application For Bleacher and Pressbox Replacement Project at Carmel High School January 4, 2016 1 NOTICE REGARDING PREQUALIFICATION FOR BLEACHER AND PRESSBOX

More information

REQUEST FOR PROPOSALS FOR TELEPHONE SYSTEM ADMINISTRATIVE AND SUPPORT SERVICES

REQUEST FOR PROPOSALS FOR TELEPHONE SYSTEM ADMINISTRATIVE AND SUPPORT SERVICES REQUEST FOR PROPOSALS FOR TELEPHONE SYSTEM ADMINISTRATIVE AND SUPPORT SERVICES LEGISLATIVE COUNCIL SERVICE 411 STATE CAPITOL SANTA FE, NEW MEXICO 87501 (505) 986-4600 ISSUE DATE: June 19, 2015 NOTICE The

More information

NEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES 2015 2016

NEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES 2015 2016 NEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES 2015 2016 Notice is hereby given that the Board of Education of the Newburgh Enlarged City School District,

More information

NOTICE - CITY OF NOVI REQUEST FOR QUALIFICATIONS CONSULTANT - ARCHITECTURAL FAÇADE SERVICES

NOTICE - CITY OF NOVI REQUEST FOR QUALIFICATIONS CONSULTANT - ARCHITECTURAL FAÇADE SERVICES NOTICE - CITY OF NOVI REQUEST FOR QUALIFICATIONS CONSULTANT - ARCHITECTURAL FAÇADE SERVICES The City of Novi will receive sealed proposals for Consultant - Architectural Façade Services according to the

More information

AUDIT SERVICES FOR WORKERS COMPENSATION THIRD PARTY ADMINISTRATOR

AUDIT SERVICES FOR WORKERS COMPENSATION THIRD PARTY ADMINISTRATOR CITY OF PITTSBURGH REQUEST FOR PROPOSAL FOR AUDIT SERVICES FOR WORKERS COMPENSATION THIRD PARTY ADMINISTRATOR Proposal Due Date: Friday, October 10, 2014 4:00 PM City of Pittsburgh Department of Personnel

More information

Request for Qualifications & Proposal. Architectural Team. Lake County School District R-1. On-Call Services. For

Request for Qualifications & Proposal. Architectural Team. Lake County School District R-1. On-Call Services. For Request for Qualifications & Proposal Architectural Team For Lake County School District R-1 On-Call Services Provided by: Submittal Deadline: April 23, 2015 Time: 5:00 PM 1.0 Introduction On behalf of

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS ROWAN COUNTY 130 West Innes Street Salisbury, NC 28144 Tel: (704) 216-8174 Email: david.sifford@rowancountync.gov REQUEST FOR PROPOSALS FOR REPLACEMENT OF COMMERCIAL ROOFTOP AIR CONDITIONING UNIT Issued

More information

City of Bellevue Request for Proposal RFP #15091 Locate Ticket Management Software

City of Bellevue Request for Proposal RFP #15091 Locate Ticket Management Software City of Bellevue Request for Proposal RFP #15091 Locate Ticket Management Software RFP GENERAL INFORMATION RFP Notification: Notice is hereby given that proposals will be received by the City of Bellevue,

More information

Delaware Sustainable Energy Utility Request for Proposals for Financial Advisory Services

Delaware Sustainable Energy Utility Request for Proposals for Financial Advisory Services Delaware Sustainable Energy Utility Request for Proposals for Financial Advisory Services The Delaware Sustainable Energy Utility ( SEU ) requests proposals from firms and individuals qualified to provide

More information

Request for Proposal for. Marketing Project Management Software

Request for Proposal for. Marketing Project Management Software Request for Proposal for Marketing Project Management Software 1503 Sealed Proposals will be received until October 10, 2014 at 10am PROPOSALS TO BE DELIVERED, MAILED TO: Jessica Chavira, CTPM TEXAS STATE

More information

RE: REQUEST FOR PROPOSAL RFP 06 18 FLEET MANAGEMENT CONSULTING SERVICES

RE: REQUEST FOR PROPOSAL RFP 06 18 FLEET MANAGEMENT CONSULTING SERVICES Our File No.: RFP 06 18 Company name Attn: xxxxxxx address address RE: REQUEST FOR PROPOSAL RFP 06 18 FLEET MANAGEMENT CONSULTING SERVICES You have been invited to submit a proposal to the District of

More information

CITY OF LAREDO PURCHASING DIVISION TERMS AND CONDITIONS OF INVITATIONS FOR BIDS

CITY OF LAREDO PURCHASING DIVISION TERMS AND CONDITIONS OF INVITATIONS FOR BIDS TERMS AND CONDITIONS OF INVITATIONS FOR BIDS GENERAL CONDITIONS Bidders are required to submit bids upon the following expressed conditions: (a) Bidders shall thoroughly examine the specifications, schedule

More information

CITY OF SAN JOSE REQUEST FOR.QUALIFICATIONS (RFQ) EVALUATOR (ATTORNEY) AND INVESTIGATOR- SAN JOSE ELECTIONS COMMISSION

CITY OF SAN JOSE REQUEST FOR.QUALIFICATIONS (RFQ) EVALUATOR (ATTORNEY) AND INVESTIGATOR- SAN JOSE ELECTIONS COMMISSION CITY OF SAN JOSE REQUEST FOR.QUALIFICATIONS (RFQ) EVALUATOR (ATTORNEY) AND INVESTIGATOR- SAN JOSE ELECTIONS COMMISSION The City of San Jose is seeking to contract with a law firm or attorney licensed by

More information

EXHIBIT 1 Standard Contract Addendum

EXHIBIT 1 Standard Contract Addendum EXHIBIT 1 Standard Contract Addendum This Standard Contract Addendum ( Addendum ) is between Texas Southern University ( University ) and the other party ( Contracting Party ) indicated in the signature

More information

Retaining Wall Replacement at the Currituck County Veterans Memorial Park

Retaining Wall Replacement at the Currituck County Veterans Memorial Park CONTRACT DOCUMENTS FOR Retaining Wall Replacement at the Currituck County Veterans Memorial Park Coinjock, NC May 24, 2016 NOTICE TO BIDDERS Bids will be received until 4:00 pm on June 17, 2016 at the

More information

ATLANTA PUBLIC SCHOOLS

ATLANTA PUBLIC SCHOOLS Procurement Services 130 Trinity Avenue, S.W. 5 th Floor Atlanta, Georgia 30303 Request for Qualifications For October 31, 2007 Solicitation Number: 112607-01 Due Date: November 26, 2007 ADVERTISEMENT

More information

Request for Proposal RFP #201501. Printing & Mailing Services

Request for Proposal RFP #201501. Printing & Mailing Services Request for Proposal Printing & Mailing Services Date of Issue: 03/24/2015 For period beginning: 05/01/2015 Due Date/Time for Receipt of Proposals: 04/06/2015 @ 2:00 p.m. (EDT) RFP Number: 201501 Date

More information

REQUEST FOR PROPOSALS. Curriculum Evaluation Services. for. Network Security/Computer Forensics Associate Degree program ISSUE DATE: December 8, 2014

REQUEST FOR PROPOSALS. Curriculum Evaluation Services. for. Network Security/Computer Forensics Associate Degree program ISSUE DATE: December 8, 2014 REQUEST FOR PROPOSALS Curriculum Evaluation Services for Network Security/Computer Forensics Associate Degree program ISSUE DATE: December 8, 2014 PROPOSAL MUST BE RECEIVED BY: December 19, 2014 by 4:30

More information

FIRST AND FINAL ADDENDUM RFP FOR ROOFING SERVICES FOR DISASTER RECOVERY ASSISTANCE

FIRST AND FINAL ADDENDUM RFP FOR ROOFING SERVICES FOR DISASTER RECOVERY ASSISTANCE THE SCHOOL DISTRICT SHARON SWAN ARTHUR C. JOHNSON, Ph.D. OF PALM BEACH COUNTY, FLORIDA DIRECTOR SUPERINTENDENT CONSTRUCTION PURCHASING DEPARTMENT 3661 INTERSTATE PARK ROAD NORTH, SUITE 200 RIVIERA BEACH,

More information

REQUEST FOR QUOTES FOR. On-Call Plumbing Contractor

REQUEST FOR QUOTES FOR. On-Call Plumbing Contractor Department of Public Services REQUEST FOR QUOTES FOR On-Call Plumbing Contractor November 2013 One Detjen Drive Crestwood, Missouri 63126 314-729-4720 Fax 314-729-4729 http://www.ci.crestwood.mo.us 1 Request

More information

QSP INFORMATION AT A GLANCE

QSP INFORMATION AT A GLANCE QSP INFORMATION AT A GLANCE CONTACT PERSON FOR QUESTIONS/INTERPRETATIONS: HOW TO OBTAIN THE QSP DOCUMENTS: HOW TO FULLY RESPOND TO THIS QSP BY SUBMITTING A QUOTE: NON-MANDATORY JOB WALK: PROJECT LOCATION:

More information

Bid closing date December 21, 2013

Bid closing date December 21, 2013 REQUEST FOR PROPOSAL FOR DATA CENTRE FACILITIES MANAGEMENT SERVICES XYZ DATA CENTRE Kotakinabalu Bid closing date December 21, 2013 Failure to meet the following requirements will invalidate your bid submission

More information

Robla School District

Robla School District Robla School District e-rate Y14 2011-2012 RFP 2011-02 CELLULAR PHONE SERVICE WITH WIRELESS INTERNET ACCESS November 3, 2010 Robla School District 5248 Rose St. Sacramento, CA 95838 SUMMARY The Robla School

More information

COUNTY OF YORK, VIRGINIA REQUEST FOR PROPOSALS RFP. Issue Date: August 22, 2008 RFP #: 1642

COUNTY OF YORK, VIRGINIA REQUEST FOR PROPOSALS RFP. Issue Date: August 22, 2008 RFP #: 1642 COUNTY OF YORK, VIRGINIA REQUEST FOR PROPOSALS RFP Issue Date: August 22, 2008 RFP #: 1642 Title: Applicant Tracking Software Classification Code: 20851 Issuing Agency: Using Agency And/Or Location Where

More information

Request for Proposals

Request for Proposals City of Sonora Request for Proposals City of Sonora Microenterprise Technical Assistance Program Lead Technical Assistance Consultant City of Sonora Community Development Department 94 N. Washington Street

More information

REQUEST FOR PROPOSAL. Insurance Broker Services. Property Liability Casualty Fleet Workers Compensation

REQUEST FOR PROPOSAL. Insurance Broker Services. Property Liability Casualty Fleet Workers Compensation 925 Felix Street St. Joseph, MO 64501 Telephone: 816-671-4000 Fax: 816-671-4469 REQUEST FOR PROPOSAL Insurance Broker Services Property Liability Casualty Fleet Workers Compensation CONTACT: RESPONSE DUE:

More information

SOLICITATION QUOTATION PROFESSIONAL SERVICES

SOLICITATION QUOTATION PROFESSIONAL SERVICES SEALED BID PROPOSAL FORM L. BROOKS PATTERSON - OAKLAND COUNTY EXECUTIVE OAKLAND COUNTY PURCHASING DIVISION SOLICITATION QUOTATION PROFESSIONAL SERVICES Contact Information: Oakland County Purchasing Division

More information

UTAH COUNTY REQUEST FOR PROPOSALS FOR A PROVIDER OF SUBSTANCE ABUSE CASE MANAGEMENT SERVICES FOR THE UTAH COUNTY JUSTICE COURT

UTAH COUNTY REQUEST FOR PROPOSALS FOR A PROVIDER OF SUBSTANCE ABUSE CASE MANAGEMENT SERVICES FOR THE UTAH COUNTY JUSTICE COURT UTAH COUNTY REQUEST FOR PROPOSALS FOR A PROVIDER OF SUBSTANCE ABUSE CASE MANAGEMENT SERVICES FOR THE UTAH COUNTY JUSTICE COURT SECTION 1 ADMINISTRATIVE OVERVIEW 1.1 BACKGROUND Utah County is planning to

More information

State of Washington Department of Transportation Notice to Consultants Evaluate Risk-Based Asset Management Systems for WSDOT

State of Washington Department of Transportation Notice to Consultants Evaluate Risk-Based Asset Management Systems for WSDOT State of Washington Department of Transportation Notice to Consultants Evaluate Risk-Based Asset Management Systems for WSDOT The Washington State Department of Transportation (WSDOT) solicits interest

More information

Request for Proposal Architectural/Engineering Services. Adapt/SouthRiver CHC. P a g e 1

Request for Proposal Architectural/Engineering Services. Adapt/SouthRiver CHC. P a g e 1 P a g e 1 Request for Proposal Architectural/Engineering Services Adapt/SouthRiver CHC RFP for Architectural/Engineering Services P a g e 2 Introduction (SRCHC), a Federally Qualified Health Center, is

More information

Request for Proposal Hewlett Packard Network Switches and Peripherals

Request for Proposal Hewlett Packard Network Switches and Peripherals Request for Proposal Hewlett Packard Network Switches and Peripherals Vernon Public Schools, Connecticut BID # VPS-FY16-003 Inquiries: Robert Sigan Director of Information Technology rsigan@vernon-ct.gov

More information

How To Hire A Bond/Tax Counsel For The Fhcf

How To Hire A Bond/Tax Counsel For The Fhcf Request for Quote (RFQ) Bond/Tax Counsel Disclosure Counsel Florida Hurricane Catastrophe Fund Issue Date: April 10, 2008 Response Due: April 28, 2008 1:00 PM ET Do not contact the Trustees of the SBA

More information

QUOTE OPENING MEETING: Sealed Quotes will be opened at 9:00 a.m (eastern standard time) on Wednesday, May 1, 2013 at the County of Muskegon.

QUOTE OPENING MEETING: Sealed Quotes will be opened at 9:00 a.m (eastern standard time) on Wednesday, May 1, 2013 at the County of Muskegon. COUNTY OF MUSKEGON REQUEST FOR QUOTES (RFQ) FOR PROFESSIONAL REAL ESTATE SERVICES The County of Muskegon, through its County Administration Department, Office of Grant Services, is seeking contractors

More information

CITY OF HIGHLAND PARK

CITY OF HIGHLAND PARK REQUEST FOR PROPOSALS CONSULTING SERVICES FOR THE PROCUREMENT OF AN ELECTRONIC DOCUMENT MANAGEMENT SYSTEM CITY OF HIGHLAND PARK PLEASE COMPLETE ATTACHMENT 1 RFP ACKNOWLEDGEMENT FORM AND RETURN TO THE CITY

More information

THE UNIVERSITY OF UTAH INDEPENDENT CONTRACTOR SERVICES AGREEMENT INSTRUCTIONS

THE UNIVERSITY OF UTAH INDEPENDENT CONTRACTOR SERVICES AGREEMENT INSTRUCTIONS THE UNIVERSITY OF UTAH INDEPENDENT CONTRACTOR SERVICES AGREEMENT INSTRUCTIONS Contracting for Independent Contractor services with the University of Utah may require completion of the following: Employee/Independent

More information

ANTELOPE VALLEY COMMUNITY COLLEGE DISTRICT NOTICE INVITING PROPOSALS NOTICE IS HEREBY GIVEN THAT ANTELOPE VALLEY COMMUNITY COLLEGE DISTRICT, 3041

ANTELOPE VALLEY COMMUNITY COLLEGE DISTRICT NOTICE INVITING PROPOSALS NOTICE IS HEREBY GIVEN THAT ANTELOPE VALLEY COMMUNITY COLLEGE DISTRICT, 3041 NOTICE INVITING PROPOSALS NOTICE IS HEREBY GIVEN THAT ANTELOPE VALLEY COMMUNITY COLLEGE DISTRICT, 3041 WEST AVENUE K, LANCASTER, LOS ANGELES COUNTY, CALIFORNIA 93536-5426, ACTING BY AND THROUGH ITS GOVERNING

More information

Request for Proposal. Uintah High School Yearbook Publishing & Printing Services. Uintah School District 635 West 200 South Vernal Utah, 84078

Request for Proposal. Uintah High School Yearbook Publishing & Printing Services. Uintah School District 635 West 200 South Vernal Utah, 84078 Request for Proposal Uintah High School Yearbook Publishing & Printing Services Uintah School District 635 West 200 South Vernal Utah, 84078 Deadline for Submittal June 18, 2014 2:00 p.m. Uintah School

More information

THE CENTER FOR HEALTH CARE SERVICES

THE CENTER FOR HEALTH CARE SERVICES THE CENTER FOR HEALTH CARE SERVICES REQUEST FOR PROPOSAL ( RFP ) (RFP-2016-003) for Waste Disposal Services Release Date: 10/7/2015 Proposals Due: 11/2/2015 1 of 26 002 - TABLE OF CONTENTS 002 - TABLE

More information

MARYLAND DEPARTMENT OF HOUSING AND COMMUNITY DEVELOPMENT SMALL PROCUREMENT CONTRACT (FOR CONTRACTS OF $25,000 OR LESS) [Insert Contract Name and No.

MARYLAND DEPARTMENT OF HOUSING AND COMMUNITY DEVELOPMENT SMALL PROCUREMENT CONTRACT (FOR CONTRACTS OF $25,000 OR LESS) [Insert Contract Name and No. MARYLAND DEPARTMENT OF HOUSING AND COMMUNITY DEVELOPMENT SMALL PROCUREMENT CONTRACT (FOR CONTRACTS OF $25,000 OR LESS) [Insert Contract Name and No.] THIS CONTRACT (the Contract ) is made as of the day

More information

AGREEMENT BETWEEN THE UNIVERSITY OF TEXAS HEALTH SCIENCE CENTER AT SAN ANTONIO and PROJECT ARCHITECT for A PROJECT OF LIMITED SIZE OR SCOPE

AGREEMENT BETWEEN THE UNIVERSITY OF TEXAS HEALTH SCIENCE CENTER AT SAN ANTONIO and PROJECT ARCHITECT for A PROJECT OF LIMITED SIZE OR SCOPE AGREEMENT BETWEEN THE UNIVERSITY OF TEXAS HEALTH SCIENCE CENTER AT SAN ANTONIO and PROJECT ARCHITECT for A PROJECT OF LIMITED SIZE OR SCOPE This Agreement is made as of, 20 (the Effective Date ), by and

More information

REQUEST FOR PROPOSALS DESIGN OF COMMUNTIY SKATE PARK FREDERICK, COLORADO

REQUEST FOR PROPOSALS DESIGN OF COMMUNTIY SKATE PARK FREDERICK, COLORADO REQUEST FOR PROPOSALS DESIGN OF COMMUNTIY SKATE PARK FREDERICK, COLORADO 1. INTRUDUCTION The Town of Frederick is seeking proposals in response to this Request for Proposals (RFP) from a qualified skateboard

More information

Request for Quote. Inland Lakes School Indian River, Michigan. For. Phone System BID PACKAGE

Request for Quote. Inland Lakes School Indian River, Michigan. For. Phone System BID PACKAGE Request for Quote Inland Lakes School Indian River, Michigan For Phone System BID PACKAGE The deadline for sealed bids is May 26, 2016 at 12:00 PM at the following location: Inland Lakes School 4363 South

More information

City of St. Helens, Oregon Request for Proposals VoIP Telephone Communications System

City of St. Helens, Oregon Request for Proposals VoIP Telephone Communications System City of St. Helens, Oregon Request for Proposals VoIP Telephone Communications System Issue Date: November 19, 2012 Due Date: January 8, 2013 4 p.m. (Pacific Standard Time) REQUEST FOR PROPOSALS Notice

More information

GORDON COUNTY BOARD OF COMMISSIONERS REQUEST FOR QUALIFICATIONS FOR AN ARCHITECT FAMILIAR WITH COMMUNITY DEVELOPMENT BLOCK GRANT APPLICATIONS

GORDON COUNTY BOARD OF COMMISSIONERS REQUEST FOR QUALIFICATIONS FOR AN ARCHITECT FAMILIAR WITH COMMUNITY DEVELOPMENT BLOCK GRANT APPLICATIONS GORDON COUNTY BOARD OF COMMISSIONERS REQUEST FOR QUALIFICATIONS FOR AN ARCHITECT FAMILIAR WITH COMMUNITY DEVELOPMENT BLOCK GRANT APPLICATIONS DATE RFQ RELEASED July 13, 2013 1 PURPOSE OF THIS REQUEST FOR

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS PLYMOUTH-CANTON COMMUNITY SCHOOLS REQUEST FOR PROPOSALS Assignment of Rights to Wireless Telecommunication Lease, Tower and/or Tower Management Agreement Plymouth-Canton Community Schools E.J. McClendon

More information

Request for Proposal for. Identity Theft Protection Services. RFP No. 1521. Sealed Proposals will be received until April 2, 2015 at 3pm

Request for Proposal for. Identity Theft Protection Services. RFP No. 1521. Sealed Proposals will be received until April 2, 2015 at 3pm Request for Proposal for Identity Theft Protection Services RFP No. 1521 Sealed Proposals will be received until April 2, 2015 at 3pm PROPOSALS ARE TO BE DELIVERED OR MAILED TO: Jessica Chavira TEXAS STATE

More information

CITY OF DALLAS. Request for Competitive Sealed Proposal (RFCSP) BUZ1524. For. SCADA Repair, Parts and Support

CITY OF DALLAS. Request for Competitive Sealed Proposal (RFCSP) BUZ1524. For. SCADA Repair, Parts and Support CITY OF DALLAS Request for Competitive Sealed Proposal (RFCSP) BUZ1524 For SCADA Repair, Parts and Support Purpose The purpose of this specification is to establish a thirty-six (36) month service agreement

More information

Unified School District No. 489 Request For Proposals

Unified School District No. 489 Request For Proposals Unified School District No. 489 Request For Proposals Broker and Risk Management Services for the Unified School District #489 Commercial Insurance Program JANUARY 21, 2015 1 Unified School District No.

More information

Request for Proposal Posted: March 4, 2015 After Hours Answering Service RFP No. 06.15

Request for Proposal Posted: March 4, 2015 After Hours Answering Service RFP No. 06.15 S PRINGFIELD UTILITY BOARD Electric Service Center Request for Proposal Posted: March 4, 2015 After Hours Answering Service RFP No. 06.15 Proposals Due: March 12, 2015 @ 2:00 pm Technical Questions RFP

More information

STATE OF TENNESSEE DEPARTMENT OF TRANSPORTATION REQUEST FOR PROPOSALS # 40100-04815 AMENDMENT # EIGHT LOGO SIGN PROGRAM

STATE OF TENNESSEE DEPARTMENT OF TRANSPORTATION REQUEST FOR PROPOSALS # 40100-04815 AMENDMENT # EIGHT LOGO SIGN PROGRAM 8-21-14 RFP STATE OF TENNESSEE DEPARTMENT OF TRANSPORTATION REQUEST FOR PROPOSALS # 40100-04815 AMENDMENT # EIGHT LOGO SIGN PROGRAM DATE: October 1, 2015 RFP # 40100-04815 IS AMENDED AS FOLLOWS: 1. This

More information

REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT AT-RISK FOR LOGANVILLE ELEMENTARY SCHOOL (REPLACEMENT) FOR THE WALTON COUNTY SCHOOL DISTRICT

REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT AT-RISK FOR LOGANVILLE ELEMENTARY SCHOOL (REPLACEMENT) FOR THE WALTON COUNTY SCHOOL DISTRICT ADVERTISEMENT: REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT AT-RISK FOR LOGANVILLE ELEMENTARY SCHOOL (REPLACEMENT) FOR THE WALTON COUNTY SCHOOL DISTRICT The WALTON COUNTY SCHOOL DISTRICT will receive

More information

To receive consideration, bids must be submitted in accordance to the following instructions:

To receive consideration, bids must be submitted in accordance to the following instructions: CITY OF COOS BAY Invitation to Bid For On Call Plumbing Services The City of Coos Bay is soliciting bids to contract with up to two qualified licensed plumbing contractors to perform a full range of as

More information

UTAH COUNTY REQUEST FOR PROPOSALS FOR HEALTH AND LIFE INSURANCE BROKER

UTAH COUNTY REQUEST FOR PROPOSALS FOR HEALTH AND LIFE INSURANCE BROKER UTAH COUNTY REQUEST FOR PROPOSALS FOR HEALTH AND LIFE INSURANCE BROKER SECTION 1 ADMINISTRATIVE OVERVIEW 1.1 PURPOSE Utah County is soliciting proposals from insurance brokers/consultants qualified to

More information

CITY OF CHILLICOTHE REQUEST FOR PROPOSALS

CITY OF CHILLICOTHE REQUEST FOR PROPOSALS CITY OF CHILLICOTHE REQUEST FOR PROPOSALS The City of Chillicothe is accepting sealed proposals for a Financial and Payroll software system for the Chillicothe Auditor s office. Proposal Must Be Sealed,

More information

OAKLAND USD RFP /09) ATTOR RNEY ENSATION WORKERS' COMP

OAKLAND USD RFP /09) ATTOR RNEY ENSATION WORKERS' COMP OAKLAND UNIFIED SCHOOL DISTRICTT REQUEST FOR PROPOSALSS ( NO. 15-16/ /09) ATTOR RNEY SERVICES WORKERS' COMP ENSATION DEFENSEE 1 OAKLAND USD RFP (NO. 15 16/ /09) ATTORNEY SERVICES, WORKERS COMPENSATION

More information

CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois

CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois INTERACTIVE WHITEBOARDS (SMARTBOARDS) AND DIGITAL PROJECTORS RFP SPECIFICATIONS I. INTRODUCTION Background The Champaign Community Unit School

More information

REQUEST FOR PROPOSALS (RFP) FOR FINANCIAL AUDIT SERVICES

REQUEST FOR PROPOSALS (RFP) FOR FINANCIAL AUDIT SERVICES REQUEST FOR PROPOSALS (RFP) FOR FINANCIAL AUDIT SERVICES Issued by: City of Clewiston 115 W. Ventura Avenue Clewiston, Florida 33440 September 30, 2015 1 REQUEST FOR PROPOSALS FOR FINANCIAL AUDIT SERVICES

More information

BID SPECIFICATION PACKAGE

BID SPECIFICATION PACKAGE REQUEST FOR PROPOSALS: E-RATE TELEPHONE SYSTEM & COMPLETE INTERNAL CONNECTIONS BID SPECIFICATION PACKAGE FOR: HOUSTON GATEWAY ACADEMY, INC. REQUEST FOR PROPOSAL Telephone System for Houston Gateway Academy,

More information

DALLAS COUNTY COMMUNITY COLLEGE DISTRICT

DALLAS COUNTY COMMUNITY COLLEGE DISTRICT DALLAS COUNTY COMMUNITY COLLEGE DISTRICT REQUEST FOR QUALIFICATIONS NUMBER 12006 EXECUTIVE SEARCH COMPANY for SELECTION OF CHANCELLOR PROPOSALS DUE BY 2:00 P.M. APRIL 18, 2013 INDEX CONTENTS PAGE NUMBER

More information

Request for Proposal IP Phone System Upgrade

Request for Proposal IP Phone System Upgrade SECTION A GENERAL INFORMATION Request for Proposal IP Phone System Upgrade 1. Purpose Mesa County Public Library District (MCPLD) is requesting bid proposals for an IP Phone System Upgrade. 2. List of

More information

REQUEST FOR QUOTES (RFQ) FOR PLUMBING SERVICES. RFQ Release Date: August 3, 2015. Quote Due Date: August 21, 2015 at 5:00 p.m.

REQUEST FOR QUOTES (RFQ) FOR PLUMBING SERVICES. RFQ Release Date: August 3, 2015. Quote Due Date: August 21, 2015 at 5:00 p.m. REQUEST FOR QUOTES (RFQ) FOR PLUMBING SERVICES RFQ Release Date: August 3, 2015 Quote Due Date: August 21, 2015 at 5:00 p.m. SOUTHEAST MICHIGAN COMMUNITY ALLIANCE (SEMCA) 25363 Eureka Rd. Taylor, MI 48180

More information

CONSULTANT AGREEMENT

CONSULTANT AGREEMENT CONSULTANT AGREEMENT AGREEMENT made this day of, 20, by and between PACE UNIVERSITY, One Pace Plaza, New York, New York 10038 (hereinafter referred to as Pace ), and [FULL LEGAL NAME OF CONSULTANT], with

More information

ROCKDALE COUNTY FINANCE DEPARTMENT PROCUREMENT OFFICE 958 MILSTEAD AVENUE CONYERS, GA 30012 770-278-7552

ROCKDALE COUNTY FINANCE DEPARTMENT PROCUREMENT OFFICE 958 MILSTEAD AVENUE CONYERS, GA 30012 770-278-7552 ROCKDALE COUNTY, GEORGIA April 4, 2011 WINDOWS 2008/EXCHANGE 2010 UPGRADE REQUEST FOR BID #11-15 ROCKDALE COUNTY FINANCE DEPARTMENT PROCUREMENT OFFICE 958 MILSTEAD AVENUE CONYERS, GA 30012 770-278-7552

More information

REQUEST FOR PROPOSAL #R13004 INFORMATION SECURITY PENETRATION ASSESSMENT

REQUEST FOR PROPOSAL #R13004 INFORMATION SECURITY PENETRATION ASSESSMENT REQUEST FOR PROPOSAL #R13004 INFORMATION SECURITY PENETRATION ASSESSMENT Joliet Junior College Request for Proposal INFORMATION SECURITY PENETRATION ASSESSMENT RFP Opening MAY 22, 2013 @ 2:00P.M. Background

More information

REQUEST FOR PROPOSAL FOR: IT CONSULTANT

REQUEST FOR PROPOSAL FOR: IT CONSULTANT SYS13-05 REQUEST FOR PROPOSAL FOR: IT CONSULTANT COMMUNITY COLLEGE SYSTEM OF NH PURPOSE: The purpose of this REQUEST FOR PROPOSAL is to establish a contract for the Community College System of NH System

More information

COMMUNITY ACTION CORPORATION OF SOUTH TEXAS. Electronic Health Record & Practice Management Software. PROPOSALS DUE: October 16, 2015

COMMUNITY ACTION CORPORATION OF SOUTH TEXAS. Electronic Health Record & Practice Management Software. PROPOSALS DUE: October 16, 2015 COMMUNITY ACTION CORPORATION OF SOUTH TEXAS Electronic Health Record & Practice Management Software PROPOSALS DUE: October 16, 2015 At the following location: 204 E. First St. Alice, TX 78332 Attn: Anna

More information

REQUEST FOR PROPOSALS COMPREHENSIVE INSURANCE CONSULTING SERVICES

REQUEST FOR PROPOSALS COMPREHENSIVE INSURANCE CONSULTING SERVICES REQUEST FOR PROPOSALS COMPREHENSIVE INSURANCE CONSULTING SERVICES RFP#: INS2016 ISSUED: JANUARY 31, 2016 SUBMITTALS MUST BE RECEIVED BY: Thursday, March 10, 2016, 4:00 PM CST Freeman Coliseum Administrative

More information

a. Proposals shall be submitted in a sealed envelope and addressed as follows:

a. Proposals shall be submitted in a sealed envelope and addressed as follows: 1 CITY OF ATCHISON REQUEST FOR QUALIFICATIONS & PROPOSAL PLUMBING SERVICES JANUARY 1, 2014 THROUGH DECEMBER 31, 2014 DUE: DECEMBER 10, 2013 10:00 A.M. The City of Atchison (City) invites interested and

More information

Maintenance Management Software

Maintenance Management Software REQUEST FOR PROPOSALS Maintenance Management Software 5400 Ox Road Fairfax Station, Virginia 22039 www.novaparks.com June 18, 2015 NOTICE REQUEST FOR PROPOSALS Maintenance Management Software June 18,

More information

AGREEMENT BETWEEN THE UNIVERSITY OF TEXAS M. D. ANDERSON CANCER CENTER SERVICE PROVIDER for A PROJECT OF LIMITED SIZE OR SCOPE

AGREEMENT BETWEEN THE UNIVERSITY OF TEXAS M. D. ANDERSON CANCER CENTER SERVICE PROVIDER for A PROJECT OF LIMITED SIZE OR SCOPE AGREEMENT BETWEEN THE UNIVERSITY OF TEXAS M. D. ANDERSON CANCER CENTER SERVICE PROVIDER for A PROJECT OF LIMITED SIZE OR SCOPE This Agreement is made as of, 20 (the Effective Date ), by and between: The

More information

COUNTY OF TANEY, MISSOURI

COUNTY OF TANEY, MISSOURI COUNTY OF TANEY, MISSOURI REQUEST FOR BID For WORKERS COMPENSATION INSURANCE Taney County, Missouri RFB# 201202-168 Workers Compensation Insurance Release Date: February 25, 2012 Submittal Deadline: March

More information

Recitals. NOW, THEREFORE, the parties hereto agree as follows: Agreement

Recitals. NOW, THEREFORE, the parties hereto agree as follows: Agreement THIS INDEPENDENT CONTRACTOR SERVICES AGREEMENT (this Agreement ) is made this day of, 20 (the Effective Date ), regardless of the date of execution, by and between Sierra Field Services, Inc., a Nevada

More information

a. Proposals shall be submitted in a sealed envelope and addressed as follows:

a. Proposals shall be submitted in a sealed envelope and addressed as follows: 1 CITY OF ATCHISON REQUEST FOR QUALIFICATIONS & PROPOSAL HVAC SERVICES JANUARY 1, 2014 THROUGH DECEMBER 31, 2014 DUE: DECEMBER 10, 2013 10:00 A.M. The City of Atchison (City) invites interested and qualified

More information